Rehabilitation and Reinforcement of 33/11 kV Injection Substation (S/S) and Associated Downstream HT/LV Distribution Facilities at Power Holding Company of Nigeria (PHCN) Plc

Invitation for Bids

Nigeria Electricity and Gas Improvement Project:

Rehabilitation and Reinforcement of 33/11 kV Injection Substation (S/S) and Associated Downstream HT/LV Distribution facilities

Date: 17th March, 2011          Loan No: CR 46200 UNI IFB No: NGP-D1

The Federal Republic of Nigeria has received a credit from the International Development Association (IDA) towards the cost of the Nigeria Electricity and Gas Improvement Project and it intends to apply part of the proceeds of this credit to payments under the contract for the Rehabilitation and Reinforcement of33/11kV Injection Substation (S/S) and Associated Downstream HT/LV Distribution facilities: (NGP-DI).

 

The Power Holding Company of Nigeria Plc – Project Management Unit (PHCN-PMU) now invites sealed bids from eligible bidders for the Rehabilitation and Reinforcement of 33/11KV Injection Substation (S/S) and Associated Downstream HT/LV Distribution facilities: (NGP-D1) which are sliced Six (6) Lots as follows

 

Lot 1: Eko & Ikeja Electricity Distribution Companies. Lagos State.

(A)    Badia 2 X I5MVA. 33/11kV Injection S/S,

(b)     Ijaiye-Ojokoyo 1X I5MVA, 33/11kV Injection S/S.

 

Lot 2: Ibadan & Benin Electricity Distribution Companies, Oyo & Edo Slates

(a)     Jericho 1X 15MVA, 33/11kV Injection S/S. Jericho. Ibadan

(b)     Welfare 1 X 15M VA and 1 X 7.5MVA, 33/11kV Injection S/S. Benin

 

Lot 3: Enugu & Port Harcourt Electricity Distribution Companies, Enugu & Rivers States

(a)     Kingsway 2 X 15MVA. 33/11kV Injection S/S, Kingsway Road, Enugu

(b)     Rumuodomaya 1 X 15MVA. 33/11 kV Injection S/S, Rumuodomaya, Port Harcourt

 

Lot 4: Abuja & Jos Electricity Distribution Companies, fCTAhuja & Plateau Stale

(a)     Mararaba 2 X I5MVA. 33/11kV Injection S/S. Mararaba

(b)     Jos- ‘A’ 2 X 15MVA. 33/1 1kV Injection S/S, Anglo Jos, Jos

 

Lot 5: Kaduna & Kano Electricity Distribution Companies. Kaduna & Kano States

(a)     Kafanchan 1 X 7.5MVA, 33/11kV Injection S/S. Kafanchan

(b)     IDH 2 X I5MVA, 33/11kV Injection S/S. Ibrahim Taiwo Road, Kano

 

Lot 6: Yola Electricity Distribution Company, Adamawa State

Mubi 1 X 7.5MVA. 33/11kV Injcction S/S, Mubi

 

International competitive bidding will be conducted in accordance with the Bank’s Single-Stage Bidding Procedure.

3.       Interested eligible bidders may obtain further information and inspect the bidding documents at Power Holding Company of Nigeria Plc, Project Management Unit (PHCN-PMU) at address, 1 given below from 9:00a.m to 5:00p.m week days Nigeria time starting from 17th March, 2011.

 

4.       Complete set of bidding documents in English may be purchased by interested bidders on the submission of a written application to the address (1) below and upon payment of a nonrefundable fee of fifteen thousand Naira (N15,000.00) or one hundred USD Dollars (US$ 100.00). The method of payment will be by Certified Bank Cheque in favour of PHCN. The Bidding Documents will be sent by courier upon additional payment of fifteen thousand Naira (N15, 000.00) or one hundred US Dollars (US$ 100.00) for Europe and West Africa or thirty thousand Naira (N30,000,00) or two hundred US Dollars for all other countries payable to the Manager, PHCN PMU at Abuja to cover the cost of the delivery to bidders by courier.

 

5.       The provisions in the instructions to Bidders and in the General Conditions of Contractors the Bank Standard Bidding Documents: Procurement of Plant

 

6.       Bids must be delivered to the address (1) below on or before 12:00pm on 26th May, 2011. All bids must be accompanied by a bid security of

 

Lot 1 US$ 200,000 (Two hundred thousand US Dollars)

Lot 2 US$ 190,000 (One hundred and ninety thousand US Dollars)

Lot 3 US$ 200,000 (Two hundred thousand US Dollar)

Lot 4 US$ 225,000 (Two hundred and twenty five thousand US dollars)

Lot 5 US$ 220,000 (Two hundred and twenty thousand US dollars)

Lot 6 US$ 85,000 (Eighty five thousand US dollars)

 

or equivalent amounts in a freely convertible currency. Late bids will be rejected.

7.       Firms that cannot meet the following key qualifications requirements are not encouraged to participate in the bidding process:

(a)     Average annual turnover requirement

Minimum average annual turnover of

Lot 1 Thirteen Million US Dollar (US$13.0m)

Lot 2 Thirteen Million US Dollar (US$ 13.0m)

Lot 3 Thirteen Million US Dollar (US$ 13.0m)

Lot 4 Fifteen Million US Dollar (US$15.0m)

Lot 5 Fifteen Million US Dollar (US$ 15. 0m)

Lot 6 Six Million US Dollar (US$ 6.0m)

Calculated as total certified payments received for contracts in progress or completed, within the last Five (5) years

(B)    Financial Resources:

The Bidder must demonstrate access to, or availability of, financial resources such as liquid assets, unencumbered real assets, lines of credit, and other financial means, other than any contractual advance payments to meet the following cash-flow requirement:

Lot 1 One million six hundred thousand US Dollars (US$1.6m)

Lot 2 One million five hundred thousand US Dollars (USS 1.5m)

Lot 3 One million six hundred thousand US Dollars (US$1.6m)

Lot 4 One million eight hundred thousand US Dollars (US$ 1.8m)

Lot 5           One million eight hundred thousand US Dollars (US$ 1.8m)

Lot 6 Seven hundred thousand US Dollars (US$ 0.7m)

 

(c ) Specific Experience:

Participation as contractor, management contractor, or subcontractor, in at least Two ( 2 ) contracts within the last Ten (10) years, each with a value of at least:

Lot 1 Eight million US Dollars (US$ 8.0m):

Lot 2 Eight million US Dollars (US$ 8.0m):

Lot 3 Eight million US Dollars (US$ 8.0m):

Lot 4 Nine million US Dollars (US$ 9.0m):

Lot 5 Nine million US Dollars (US$ 9.0m):

Lot 6 Four million US Dollars (US$4.0m):

 

Bids will be opened in the presence of the bidders’ representatives, who choose to attend at the address (3) below at 12:00 pm on 26th May, 2011

 

Address (1)

Engr. M. A.Ganiyu

Manager, Project Management Unit

7, Kampala Street. Wuse II.

 

 

Address (2)

Engr H. S. Labo

Managing Director/ CEO

Power Holding Company Nigeria Plc

Plot 441, Zambezi Crescent, Maitama

Abuja, Nigeria

Attention: Manager Project Management Unit

 

Address (3)

Conference Room.

Immaculate Suites and Apartments,

Plot 110 Ademola Adetokunbo Crescent,

Wuse II, Abuja, Nigeria

 

E-mail: phcnpmu@nepapmu.org

Website: www.nepapmu.org

Consultancy Service for Environmental and Social Impact Assessment (ESIA) at Power Holding Company of Nigeria (PHCN) Plc

The Federal Republic of Nigeria

Nigeria Electricity & Gas Improvement Project

Power Holding Company of Nigeria (PHCN) Plc

Consultancy Service for Environmental and Social Impact Assessment (ESIA) for the Proposed 132Kv Transmission Lint from Omotosho Power Station (Ondo State) to the proposed 132/33Kv Agodo Substation (Ogun State)

Credit No. 46200-UNI   EOI No.CQS-04   Date: 17th March, 2011

Expressions of Interest

This request for expressions of interest follows the general procurement notice for this project that appeared in UN Development Business Issue No. 752 of 16th June. 2009.

The  Federal Government of Nigeria has received a credit on behalf of the Power Holding Company of Nigeria (PHCN) Plc from the International Development

Association (IDA) under the World Bank towards the cost of Nigeria Electricity and Gas Improvement Project (NEGIP) for Nigeria, and intends to apply part of this credit payments under the contract for the appointment of a Consultant for Environmental and Social Impact Assessment (ESIA) for the proposed 132Kv

Transmission Line from Omotosho Power Station (Ondo State) to the proposed 132/33K.V Agodo Substation (Ogun State); here refers to as “Appointment of a consultant for Environmental and Social Impact Assessment’s Assignment.

 

During the execution of this assignment, the Consultant will be required to make inputs from a broad field of expertise covering the following.

1.       Scoping and Classification of the Project for which the ESIA is being conducted.

2.       Registration of the ESIA for this Consultancy with the Federal Ministry of

Environment,

3.       Conduct the Socio-economic studies at the early stages of project preparation and with the involvement of potentially displaced people, including:

(a)     Results of a census survey covering:

1.       Current occupants of the affected area, (to establish a basis for design of the resettlement program and to exclude subsequent inflows of people from eligibility for compensation and resettlement Assistance),

2.       Standard characteristics of displaced households, including a description of production systems, labor, and household organization; and baseline  information on livelihoods (including, as relevant, production levels and income derived from both formal and informal economic  activities) and standards of living (including health status) of the displaced population.

3.       Magnitude of the expected loss, total or partial, of assets, and the extent of displacement, physical or economic.

4.       Information on vulnerable groups or persons, for whom special provisions may have to be made,

5.       Provisions to update information on displaced people, their livelihoods and standards of living, at regular intervals so that the latest information is available at the time of their displacement.

 

(b)     Other studies describing the following;

i.        Land tenure and transfer systems, including an inventory of common property natural resources from which people derive their livelihoods and sustenance, non title based usufruct systems (including fishing, grazing, or use of forest areas) governed by local recognized land allocation mechanisms, and any issue raised by different tenure systems in the sub project area.

ii.       The patterns of social interaction in the affected communities, including social support systems, and how they will be affected by the sub project.

iii.               Public infrastructure and social services that will be affected and

iv.      Social and cultural characteristics of displaced communities, including a description of formal and informal institution (e.g community organizations, ritual groups, non-governmental organizations (NGO’s) that may be relevant to the consultation strategy and to designing and implementing  the resettlement activities.

4.       Social and cultural characteristics of displaced communities, including a description of formal and informal institution

groups, non-governmental organizations (NGO’s) that may be relevant to the consultation strategy and to designing and implementing the resettlement activities

5.       Description of the strategy for consultation with and participation Resettlement/Compensation, including.

(a)     Description of the strategy for consultation with and participation of resettlement activities and hosts in the design and

(b)     Summary of the views expressed and also taken into account in preparing the resettlement

(c)      Review of the resettlement alternatives presented and the choices made by displaced  related to forms of compensation and resettlement assistance, relocation as individual families or as part of pre-existing communities or kinship groups sustaining existing patterns of group organization, and retaining access to cultural property (e.g places of worship, pilgrimage centres, cemeteries).

(d)     Institutionalize arrangements by which displaced people can communicate their concerns to project authorities  throughout planning  and implementation, and measures to ensure that such vulnerable groups as indigenous people, ethnic minorities, landless, and women are adequately represented.

 

6.       Identification of positive and negative Impacts/intensity & duration (direct and indirect) of the Project on the project area.

7.       Convening  of Stakeholders’  For a (as appropriate) for the Project area.

8.       Working in consonance with, and overseeing the activities of the PHCN Way leave/property evaluators during the assessment and evaluation of economic trees and properties for compensation.

9.       Drawing up a Project Environmental Social Impact monitoring Plan for the Project.

10.     Develop an Environmental and Social Management Plan (ESMP) for the Project.

11.     Consultations on the ESMP that follow international good practice and WB guidelines, including dissemination of materials in advance and language summaries.

12.     Prepare and submit Reports in line with provisions of Section 8.0 (i.e. Time-lines, Deliverables).

The Power Holding Company of Nigeria (PHCN) now invites eligible Individual consultants to indicate their interest in providing the services. Consultants must provide information indicating that they are qualified to perform the services. The Consultant should be a firm or consortium of firms with the  following qualifications and experience:

1.       A firm of Environmental Impact Assessors with at least 15 years of international experience in the field of Environmental Impact Assessment in Electricity facilities:

2.       Environmental Consultant with at least 10 years experience in Electricity facilities may serve as team leader.

3.       Biologist, ecologist or other environmental scientists with at least 10 years experience in environmental assessment in similar environmental  assessments may participate;

4.       Social Scientist with at least 10 years experience in this field. Preferably experience in Electricity facilities, particularly with transmission line  construction can participate;

5.       Occupational Health and Safety Consultant with at least 10 years of experience in this field;

6.       Communication specialist with 10 years of experience in dealing with communication issues, community consultations, and stakeholder engagement with communities in Nigeria.

 

A consultant will be selected in accordance with the procedures set out in the World Bank’s Guidelines: Selection and Employment of Consultants by World Bank Borrowers. May 2004 Revised October 1, 2006 and May 1, 2010.

 

Interested consultants may obtain further information at the address below:

 

Address

Engr. M.A. Ganiyu

Manager, Project Management Unit

7 Kampala Street, Wuse II,

Abuja 900288

Nigeria

Tel: +234-9-8746421

Email: phcnpmu@nepapmu.org

Website: www.nepapmu.org

 

Expression of interest must be delivered to the address above NOT LATER THAN 31st March, 2011.

Expression of Interest (EOI) at Asset Management Corporation of Nigeria (AMCON)

ASSET MANAGEMENT CORPORATION OF NIGERIA (AMCON)

 

Asset Management Corporation of Nigeria (AMCON) established as a resolution vehicle for the non-performing loans (NPL) in the Nigerian banking system, intends to engage the services of specialist firms with expertise in the following areas;

 

1. Property and Asset Valuation

2. Estate Agency

3. Accountancy

4. Asset Management

5. Business Advisory Services

6. Debt Recovery

7. Legal Services

 

The purpose of this exercise is to compile a register of eligible service providers to AMCON

Prequalification Requirements

All interested firms should provide evidence of registration and licensing by their professional body AND meet the requirements contained in the AMCON guidelines which are published on AMCON website. (www.amcon.com.ng )

 

1.       Applicants must possess a proven track record of successful delivery of such services with no less than Ten (10) years experience.

2.       Company profile including names, qualifications and contact details of key personnel and ownership,

3.       Evidence of incorporation with Corporate Affairs Commission (CAC)

4.       Company tax clearance certificate for the past three years

5.       VAT registration and evidence of past VAT remittance

6.       TAX Identification Number (TIN)

7.       Audited annual financial report of the firm for the last three (3) years

8.       Bank Reference

9.       Valid and Verifiable Business Address

 

Expression of Interest (EOI) must be submitted on or before 31st March 2011 at  amcon.com.ng/registration

 

Procurement of 800,000 Doses of Sulphadoxin Pyrimetamine Tablets at Bauchi State Malaria Control Booster Project

Invitation for  Bids (IFB)

Bauchi State Malaria Control Booster Project

Credit Number: 4250-UNI

Procurement of 800,000 Doses of Sulphadoxin Pyrimetamine Tablets

IFB No. IFB W: BA/MCBP/NCB/001/011

 

1.       The Federal Republic of Nigeria has received a credit from the International Development Association toward the cost of Nigeria Malaria Control Booster Project (NMCBP), and it intends to apply part of the proceeds of this credit to payments under the contract for procurement of Vehicles.

 

2. The Bauchi State Malaria Control Programme (NMCP) now invites sealed bids from eligible bidders for providing Sulphadoxine Pyrimetamine Tablets. Eligible bidders are invited to submit separate bids for one or more Lots described below; each Lot will be considered as a separate offer leading to a separate contract:

 

 

 

 

Item Description Quantities Doses Place of Delivery Bid Security Bid

Validity

Delivery Schedule from Date of  Contract Signing
Lot 1 Sulphadoxine/Pyrimethamine (SP) 1 x3  tablets 800,000 Central medical Store, Bauchi State, Nigeria A bid Security of at least   2.5% of bid price is requied  

 

60 Days

 

 

Within 60 Days.

 

3.       Bidding will be conducted through the international competitive bidding procedures specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, and are open to all bidders from Eligible Source Countries as defined in the Guidelines.

 

4.       A complete set of Bidding documents in English may be purchased by interested bidders on the submission of a written application to the address below and upon payment of a non refundable fee N10,000:00 (Ten thousand naira only),The method of payment will be certified cheque/bank draft in favor of Bauchi State Malaria Control Booster Project, or in cash The document will be collected by bidder’s representative.

 

5.       Interested eligible bidders may obtain further information from Bauchi State Malaria Control Booster Project, and inspect the bidding documents at the address given below from 8.00am to 4.00om, Monday to Friday, except on public holidays.

 

6.       Bids must be delivered to the address below at or before 11:00am on 14th April,2011 Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of bidders representatives, who choose to attend at the address below at 11:00 am on 14th April, 2011. All bids must be accompanied by a bid security of at least 2,5% of bid price, in Nigerian Naira or an equivalent amount in a freely convertible currency.

 

7.       The address referred to above is

 

Conference Room

Bauchi State Malaria Control Booster Project

Bacatma Office Complex

No. 4 Yandoka Road,Bauchi

Nigeria

Tel: 2348058622243

Email: aubabuga@yahoo.com

 

Signed

The Project Manager.

Appointment of Consultant(s) for the Design and Supervision of the Alteration/Modification of Dimension Stone Testing Facility/Laboratory at Ministry of Mines and Steel Development

Federal Republic of Nigeria

Ministry of Mines and Steel Development

Sustainable Management of Mineral Resources Project

Appointment of Consultant(s) for the Design and Supervision of the Alteration/Modification of Dimension Stone Testing Facility/Laboratory, Kaduna

 

Credit No:  4012-UNI             Wednesday March 17, 2011

Call for expression of Interest

The Federal Republic of Nigeria has receded financing from the World Bank towards the cost of the Sustainable Management of Mineral Resources Project, and intends to apply part of the proceeds for this consulting service. The consulting service is on the Appointment of Consultant(s) for the design and Supervision of Alteration/Modification of Dimension Stone Testing Facility/Laboratory, Kaduna. The consultant will assist Government in the Design and Supervision of the Alteration/Modification of Dimension Stone Testing Facility/Laboratory. The assignment will include:

 

a)       Inception visit to site

b)      Carry out a condition survey/comprehensive assessment of facility as it is:

c)       Prepare preliminary drawings after vetting and inputs from end users and PMU schedule officers;

d)      Prepare final drawings for final acceptance from the PMU,

e)       Make technical inputs into the preparation of Bills of Quantities, specifications, and other relevant documentation necessary for the effective delivery of the works;

f)       Evaluation of bids for the implementation stages

g)       Any other functions necessary to ensure that the alteration/modification works is sustainable and achieved within cost, time and quality constraints to the satisfaction of the client/employer.

 

The Sustainable Management of Mineral Resources Project now invites eligible Consulting firms to indicate their interest in providing the services, interested Consultants must provide information indicating that they are qualified to perform the services (CVs, description of similar assignments, experience in similar conditions. etc).

 

A consulting firm will be selected in accordance with the procedures set out in the World Bank’s Guidelines: Selection and Employment of Consultants by world Bank Borrowers (May 2004 edition).

 

The selection Method is CONSULTANT QUALIFICATION

 

Interested Consultants may obtain further information at the address below during office at 8:00am to 4:00pm.

 

Expression of interest must be delivered to the address below on or before 4:00pm, on Monday 31st March 2011

Project Coordinator,

Sustainable Management of Mineral Resources Project (SMMRP),

No 6 Marte Close, Off Misau Crescent, Garki II

P.M.B. 107, Abuja.

Tel: +234-8053000153